Table of Contents s530

Total Page:16

File Type:pdf, Size:1020Kb

Table of Contents s530

PART 1 READ AND KEEP THIS PART

Shire of Wiluna REQUEST FOR TENDER RFT 2016/04 Rural Roads Re-construction

Request for Tender (RFT) For the formation widening and upgrade, gravel re-sheeting, signage and culvert works

Deadline 4.00pm Friday, 16th December, 2016

Address for Delivery Shire of Wiluna 28 Scotia Street (PO Box 38) Wiluna WA 6646

RFT Number 2016/04

Site Inspection 8.00am Friday, 1st December, 2016 (Not Mandatory) Start from Shire of Wiluna office building 28 Scotia Street, WILUNA PART 1 READ AND KEEP THIS PART

TABLE OF CONTENTS

1 PRINCIPAL’S REQUEST 3

1.1 CONTRACT REQUIREMENTS IN BRIEF 3 1.2 TENDER DOCUMENTS 3 1.3 DEFINITIONS 3 1.4 HOW TO PREPARE YOUR TENDER 4 1.5 CONTACT PERSONS 4 1.6 EVALUATION PROCESS 4 1.7 SELECTION CRITERIA 6 1.8 PRICE BASIS 6 1.9 CONDITIONS OF TENDERING 6

2 SPECIFICATION AND SPECIAL CONDITIONS OF CONTRACT 9

SPECIFICATION 9 SPECIAL CONDITIONS OF CONTRACT 11

3 TENDERER’S OFFER 13

OFFER FORM 13 GENERAL AND CORPORATE INFORMATION 14 RESPONSE TO SELECTION CRITERIA 15 PRICE INFORMATION 16 PART 1 READ AND KEEP THIS PART

1 PRINCIPAL’S REQUEST

1.1 CONTRACT REQUIREMENTS IN BRIEF

The Shire of Wiluna invites tenders for the following formation widening and upgrade, gravel sheeting, signage and culvert works. A full statement of the works and services required under the proposed contract appears in the Specification and Special Conditions of Contract-Part 2 The tender is to provide a fixed price for the works including all formation widening and upgrade, gravel sheeting, signage and culvert works The Principal has adopted a best value for money approach to this Tender. .

1.2 TENDER DOCUMENTS

This Request for Tender is comprised of the following parts: (a) Part 1-Principal’s Request (read and keep this part); (b) Part 2-Specification and Special Conditions of Contract (read and keep this part); and (c) Part 3-Tenderer’s Offer (complete and return this part).

1.3 DEFINITIONS

Below is a summary of some of the important defined terms used in this Request: Attachments: The documents you attach as part of your Tender; Deadline: The deadline for lodgement of your Tender; General Conditions Means the General Conditions of Contract nominated in clause of Contract: 1.9.9; Offer: Your offer to be selected to supply the Requirements; Principal: Shire of Wiluna Request: This document; Requirements: The works and services requested by the Local Government; Selection Criteria: The criteria used by the Local Government in evaluating your Tender;

Special Conditions: The additional contractual terms; Specification: The statement of Requirements that the Local Government request you to provide if selected. Tender: Your completed Offer form, response to the Selection Criteria and Attachments; Tenderer: Someone who has or intends to submit an Offer to the Local Government. Local Supplier Local supplier is either an individual or a company/organisation/business who supplies goods, services or infrastructure work and: a) in the case of individual has been residing continuously in the Shire of Wiluna for the 184 days immediately preceding the date when quotations/tenders are sought; or b) in the case of a company/organisation/business, has had a permanent office or work base and permanent staff based in the Shire of Wiluna continuously for at least 184 days immediately preceding the date when the quotation/tender is sought and is

3 PART 1 READ AND KEEP THIS PART registered or licensed within Western Australia

Local Content Local content is the degree to which local suppliers, subcontractors and labour are used in the delivery of the purchase of the goods, services, infrastructure works, or contract outcomes

1.4 HOW TO PREPARE YOUR TENDER

(a) Carefully read all parts of this document. (b) Ensure you understand the Requirements (see clause 2.1). (c) Complete the Offer (Part 3) in all respects and attach all your Attachments. (d) Make sure you have signed the Offer form and responded to all of the Selection Criteria. (e) Lodge your Tender before the Deadline.

1.5 CONTACT PERSONS

Tenderers should not rely on any information provided by any person(s) other than those listed below: Contractual & Specification Enquiries Executive Manager Engineering and Development Services Telephone: (08) 9981 8000 Email: [email protected]

1.6 EVALUATION PROCESS

This is a Request for Tender (RFT). Your Tender will be evaluated using information provided in your Tender. The following evaluation methodology will be used in respect of this Request: (a) Tenders are checked for completeness and compliance. Tenders that do not contain all information requested (eg completed Offer form and Attachments) may be excluded from evaluation. (b) Tenders are assessed against the Selection Criteria. Contract costs are evaluated, eg tendered prices and other relevant whole-of life costs are considered. The Shire will apply a local pricing preference for the procurement of works from local suppliers where all conditions and local content requirements are met. (c) The most suitable Tenderers may be shortlisted and may also be required to clarify the Tender or make a presentation. Referees may also be contacted prior to the selection of the successful Tenderer. A contract may then be awarded to the Tenderer, whose Tender is considered the most advantageous tender to the Principal.

4 PART 1 READ AND KEEP THIS PART

1.6.1 COMPLIANCE CRITERIA

These criteria will not be point scored. Each Tender will be assessed on a Yes/No basis as to whether the criterion is satisfactorily met. An assessment of “No” against any criterion may eliminate the Tender from consideration.

Description of Compliance Criteria Yes/No

(a) Compliance with the Specification Yes/No contained in the Request.

(b) Compliance with the Conditions of Yes/No Tendering this Request.

(c) Compliance with the Delivery Date. Yes/No

(d) Compliance with and completion of the Yes/No Price Schedule is mandatory for conformance with the specification.

1.6.2 QUALITATIVE CRITERIA

In determining the most advantageous Tender, the Evaluation Panel will score each Tenderer against the qualitative criteria. It is essential that Tenderers address each qualitative criterion. The Tenders will be used to select the chosen Tenderer, and failure to provide the specified information may result in elimination from the Tender evaluation process. The qualitative criteria for this Request are as follows:

Description of Qualitative Criteria Weighting

(a) Price (Shire local pricing preference policy will apply) 80%

(b) Demonstrated experience by tenderer to meet the requirements as set out in the specification. 10%

(c) Organisations capacity and resources to carry out the scope. 5%

(d) Demonstrated Understanding and procedures to ensure public and employee safety by way of Occupational Safety and Health, and adherence to 5% the Traffic Management for Roadworks Code of Practice.

5 PART 1 READ AND KEEP THIS PART

1.7 SELECTION CRITERIA

The Principal has adopted a best value for money approach to this Tender. The Contract will be awarded to a sole Tenderer who best demonstrates the ability to provide quality works and services at a competitive price. The tendered prices will be assessed with the following qualitative and compliance criteria to determine the most advantageous outcome to the Principal. This means that, although price is considered, the Tender containing the lowest price will not necessarily be accepted, nor will the Tender ranked the highest on the qualitative criteria. The Principal may opt to separate parts of the contract as separable portions if it represents best value for money.

1.8 PRICE BASIS

Tendered prices must include Goods and Services Tax (GST). Unless otherwise indicated prices tendered shall include delivery and all applicable levies, duties, taxes and charges. Any charge not stated in the Tender, as being additional will not be allowed as a charge for any transaction under any resultant Contract.

1.8.1 PRICE CONSIDERATIONS

The tendered price will be considered along with related factors affecting the total cost to the Principal. eg the lifetime operating costs of goods or the Principal’s contract management costs may also be considered in assessing the best value for money outcome. Shire local pricing preference policy will apply.

1.9 CONDITIONS OF TENDERING

1.9.1 DELIVERY METHOD

Tenders may be: (a) Posted to Shire of Wiluna, PO Box 38, Wiluna WA 6646; or (b) Delivered by hand to the Shire of Wiluna 28 Scotia Street, Wiluna (by the Tenderer or the Tenderer’s private agent).

1.9.2 LODGEMENT OF TENDERS

The Tender must be lodged by the Deadline. The Deadline for this Request is 4pm Friday, 16th December, 2016 The Tender must be: (a) placed in a sealed envelope; (b) clearly endorsed with the tender number RFT 2016/04 and titled ‘Rural Roads Re- construction’’ as shown on the front cover of this Request;

1.9.3 REJECTION OF TENDERS

A Tender shall be rejected without consideration of its merits in the event that it is not submitted before the Deadline and at the place specified in the Request and may be rejected if it fails to comply with any other requirements of the Request.

6 PART 1 READ AND KEEP THIS PART 1.9.4 LATE TENDERS

Tenders received after the Deadline will not be accepted for evaluation.

1.9.5 ACCEPTANCE OF TENDERS

Unless otherwise stated in this Request, Tenders may be for all or part of the Requirements and may be accepted by the Principal either wholly or in part. The Principal is not bound to accept the lowest Tender and may reject any or all Tenders submitted.

1.9.6 DISCLOSURE OF CONTRACT INFORMATION

Documents and other information relevant to the contract may be disclosed when required by law under the Freedom of Information Act 1992 or under a Court order. All Tenderers will be given particulars of the successful Tenderer (s) or advising that no Tender was accepted.

1.9.7 ALTERNATIVE TENDERS

All Alternative Tenders shall be accompanied by a conforming Tender. Tenders submitted as Alternative Tenders or made subject to conditions other than the General and Special Conditions of Contract shall in all cases arising be clearly marked “ALTERNATIVE TENDER”. The Principal may in its absolute discretion reject any Alternative Tender as invalid. Any printed “General Conditions of Contract” shown on the reverse of a Tenderer’s letter or quotation form will not be binding on the Principal in the event of a Contract being awarded unless the Tender is marked as an Alternative Tender.

1.9.8 TENDER VALIDITY PERIOD

All Tenders shall remain valid and open for acceptance for a minimum period of three (3) months from the Deadline or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

1.9.9 GENERAL CONDITIONS OF CONTRACT

Tenders shall be deemed to have been made on the basis of and to incorporate the General Conditions of Contract for the Supply of Works and Services.

1.9.10 PRECEDENCE OF DOCUMENTS

In the event of there being any conflict or inconsistency between the terms and conditions in this Request and those in the General Conditions of Contract, the terms and conditions appearing in this Request shall have precedence.

1.9.11 TENDERERS TO INFORM THEMSELVES

Tenderers shall be deemed to have: (a) Examined the Request and any other information available in writing to Tenderers for the purpose of Tendering; (b) Examined all further information relevant to the risks, contingencies, and other circumstances having an effect on their Tender which is obtainable by the making of reasonable enquires;

(c) Satisfied themselves as to the correctness and sufficiency of their Tenders including Tendered prices which shall be deemed to cover the cost of complying

7 PART 1 READ AND KEEP THIS PART with all the Conditions of Tendering and of all matters and things necessary for the due and proper performance and completion of the work described therein; and (d) Acknowledged that the Principal may enter into negotiations with a chosen Tenderer. Negotiations shall be carried out in good faith.

1.9.12 ALTERATIONS

The Tenderer shall not alter or add to the Request documents unless required by these Conditions of Tendering. The Principal shall issue an addendum to all Tenderers where matters of significance make it necessary to amend the issued Request documents before the Deadline.

1.9.13 RISK ASSESSMENT

The Principal may have access to and give consideration to: (a) Any risk assessment undertaken by credit rating agency; and (b) Any information produced by the Bank, financial institution, or accountant of a Tenderer; so as to assess that Tender and may consider such materials as tools in the Tender assessment process.

1.9.14 OWNERSHIP OF TENDERS

All documents, materials, articles and information submitted by the Tenderer as part of or in support of a Tender shall become upon submission the absolute property of the Principal and will not be returned to the Tenderer at the conclusion of the Tender process PROVIDED that the Tenderer shall be entitled to retain copyright and other intellectual property rights therein, unless otherwise provided by the Contract.

1.9.15 CANVASSING OF COUNCILLORS

If a Tenderer, whether personally or by an agent, canvasses any of the Principal’s commissioners or councillors (as the case may be) with a view to influencing the acceptance of any Tender made by it or any other Tender, then regardless of such canvassing having any influence on the acceptance of such Tender, the Principal may at its discretion omit the Tender from consideration.

1.9.16 IDENTITY OF THE TENDERER

The identity of the Tenderer and the Contractor is fundamental to the Principal. The Tenderer shall be the person, persons, corporation or corporations named as the Tenderer in Part 3 and whose execution appears on the Offer Form in Part 3 of this Request. Upon acceptance of the Tender, the Tenderer shall become the Contractor.

1.9.17 TENDER OPENING

All Tenderers and members of the public may attend or be represented at the opening of Tenders. All Tenders will be opened in the Principal’s offices, following the advertised Deadline. No discussions will be entered into between Tenderers’ and the Principal’s officers present or otherwise, concerning the Tenders submitted. The Tender opening will be held at 4.30pm on Friday, 16th, December, 2016 at the Shire of Wiluna Recreational Centre Wiluna.

8 PART 2 READ AND KEEP THIS PART

2 SPECIFICATION AND SPECIAL CONDITIONS OF CONTRACT

SPECIFICATION

2.1.1 TECHNICAL SPECIFICATION

This contract is for formation widening and upgrade, gravel re-sheeting, signage and culvert works as specified in the Schedule of Works.  Vegetation clearing and disposal as required ;  Re-forming of side drains;  Pegging as required to maintain the correct road width and alignment;  Widening and preparation of sub base including compaction;  Carting of water for the purpose of gravel wet mixing to an optimum moisture content; Distance from water source may vary for different projects. Tenderer must allow for cost of transportation of water for up to 20km.  Carting, wet mixing, levelling and compacting of base course gravel to a thickness of 150mm compacted; The quality of gravel must be inspected and approved by Principal. Gravel pits might be up to 25 km from areas of work. Tenderer must allow for cost of carting gravel from various locations  Final trim and preparation of surfaces ready for the application of bitumen surfaces;  Site clean-up at completion of the projects;  Supply and installation of Reinforced Concrete Pipes and Concrete Headwalls as specified;  Supply and installation of Warning Signs, Chevrons and Frangible Posts as specified;  Traffic Management Plans and control during all works;

2.1.2 GENERAL WORKMANSHIP

The Contractor shall ensure that all work is undertaken in accordance with current Main Roads WA guidelines and safety standards. Faulty work is to be attended to immediately as any delay will compromise the standard of the finished road surface. The contractor shall maintain safe work zones during daylight and dark hours on all projects. The contractor must insure operational CB radios are fitted in all items of plant and use available channel to maintain communication between themselves, heavy vehicles and school buses using the road. The contractor must insure all items of plant in the work zones are fully licensed and in a safe road worthy condition fitted with the required beacons and alarms. All temporary work signs are to be compliant to AS1742.2-2009, correctly positioned in accordance with TMPs and regularly checked.

2.1.3 MARKING OUT

All sections of road to be upgraded shall be marked out by the Principal (start and finish) and formation widths confirmed with the contractor.

2.1.4 GRAVEL SUPPLY

All gravel will be sourced, pushed up and stockpiled by the Contractor. The contractor is to maintain a tidy area in the gravel pit and to rehabilitate the area following completion of

9 PART 2 READ AND KEEP THIS PART the projects. The Principal has to inspect and approve the quality of gravel prior to commencement of works

2.1.5 ROAD SAFETY

The Contractor is to erect Temporary warning signs in accordance with their TMPs and maintain Safe Work Practices during the road works. Road safety and compliance to all required standards is the responsibility of the Contractor and not the Principal.

2.1.6 FAILURES AND REMEDIES

Any defects noted by the Principal within twelve months of completion of the works attributable to poor workmanship are to be remedied by the Contractor at his expense.

2.1.7 TRAFFIC CONTROL

The contractor is responsible for all traffic control during the works.

2.1.8 SCHEDULE OF WORKS

Schedule of works is indicative only and may be subject to change. 1. Wongawol Road, various sections from SLK 27.10 to SLK 30.10 (total 3,000 metres); from SLK 33.10 to Slk 34.10 (total of 1000m); SLK 36.60 to SLK 41.60 (total 5,000m); SLK 75.90 to SLK 78.9 (total of 3000m); from SLK 171.00 to SLK 174.00 (total of 3000m) – reduce vegetation, install pegs to maintain road formation and gravel base course width, prepare sub base, reform side drains, cart in 30,000 cubic metres of gravel from a supply within 25 kilometres of the jobs, wet mixing including water carting from a source within 5-10 kilometres of the jobs, levelling and compacting of base course gravel to a width of 10 metres at a thickness of 200mm loose (minimum of150mm compacted). 2. Granite Peak Lake Violet Road from SLK 55.40 to 76.40 (total 21,000 metres) - reduce vegetation, install pegs to maintain road formation and gravel base course width, prepare sub base, reform side drains, cart in 42,000 cubic metres of gravel from a supply within 14-25 kilometres of the job, wet mixing including water carting from a source within 10-15 kilometres of the job, levelling and compacting of base course gravel to a width of 10 metres at a thickness of 200mm loose (minimum of150mm compacted). 3. Wiluna North Road from SLK 60.00 to SLK 70.00 total 10,000 metres - reduce vegetation, install pegs to maintain road formation and gravel base course width, prepare sub base, reform side drains, cart in 16,200 cubic metres of gravel from a supply within 15-25 kilometres of the job, wet mixing including water carting from a source within 15-20 kilometres of the job, levelling and compacting of base course gravel to a width of 9.0 metres at a thickness of 200mm loose (minimum of150mm compacted).

10 PART 2 READ AND KEEP THIS PART 4. special conditions of contract

2.2.1 PERIOD OF CONTRACT AND TERMINATION

The Contract is to be completed on supply of the Requirements.

2.2.2 INSURANCES

The successful Tenderer and its subcontractor(s) (if any) will be required to effect and maintain the insurance policies referred to in clause 24 of the General Conditions of Contract for the Provision of Services in the following sums: (a) Public liability insurance in the sum of at least $10,000,000 in respect of any one occurrence and for an unlimited number of claims; and (b) Professional indemnity insurance in the sum of at least $10,000,000 in respect of any one occurrence and for an unlimited number of claims; and if applicable, will be required to effect and maintain product liability insurance in the sum of at least $10,000,000 in respect of any one occurrence and for an unlimited number of claims. (c) Provide, with the tender, evidence of current insurance policies valid for the duration of the work to be undertaken.

2.2.3 ADMINISTRATIVE REQUIREMENTS

The contractor is required to provide the following during the course of their contractual obligations in terms of these tenders:

Activity Frequency Any variations to the contract or additional works to be undertaken Prior to commencement Observations of dangerous circumstances that require attention to Immediately obviate potential public harm or public liability claims Accidents or related claims of a public liability nature Immediately Damage to property or persons as a result of the performance or Immediately non performance of the contract service requirements All instances of misbehaviour or illegal activity that contravenes Immediately as Commonwealth, State or Local laws or that impedes the incident occurs performance of the contract service or that may result in damage to any Council or community property or misconduct towards the public

2.2.4 DRESS CODE

All contractors are to wear appropriate clothing, footwear and any safety equipment as required by the nature of the services provided. All contractors and their employees are to wear reflective jackets or upper garments at all times while working outside of plant and vehicles within road reserves.

All appropriate clothing and equipment is to be provided by the contractor.

2.2.5 PLANT, VEHICLES AND EQUIPMENT

The Contractor is to provide, operate and maintain the plant, vehicles and equipment necessary for the proper performance of the required services.

All plant, vehicles and equipment used in the Contract services shall be maintained in good working order and clean condition to the satisfaction of the Principal.

The Contractor shall ensure that all vehicles and plant operated within the Shire of Wiluna are maintained in roadworthy condition and carry the required licensing and registration as required under the Road Traffic Act at all times.

All plant items and vehicles are to conform with AS1742.3 – 1996 (Manual of uniform

11 PART 2 READ AND KEEP THIS PART Traffic Control Devices) in terms of vehicle mounted warning devices.

The operation of all vehicles, plant and equipment shall be such that it does not cause undue noise, and that minimises atmospheric pollution.

All plant and equipment must be operated with all guards and safety devices in place at all times and with no exception.

The Contractor must ensure that no vehicle is overloaded by carrying or towing loads beyond legal capacity.

Any vehicle plant or item of equipment, which, in the opinion of the Principal, is substandard in regards to the above, shall be required to be promptly removed from the work zone.

In all regards, the requirements of the Department of Environment and Water Catchment Protection shall be met.

The Contractor shall ensure that all vehicles, plant and equipment shall not be driven at speeds in excess of those displayed.

All drivers and operators of plant and equipment must have appropriate, current Western Australian or National Vehicle Drivers Licenses.

The Contractor shall ensure that hazard identification; risk assessment and risk control processes have been carried out and documented in relation to all plant and equipment.

2.2.6 QUALITY CONTROL

The Principal shall conduct regular inspections to audit works carried out.

The contractor shall be responsible for ensuring the following outcomes:

 That activities scheduled in the work program will conform to the specification.  Resources allocated to the service delivery will enable the specified outcomes.  That work is carried out with the specified time constraints.

2.2.7 TRAFFIC MANAGEMENT

Traffic management plans are required for all works and the Contractor will arrange suitable traffic management approvals and measures. Any works on or in the near vicinity of public roads are to be assessed in terms of the Traffic Management for Roadworks - Code of Practice, and the necessary temporary signage erected by suitably qualified operators.

Contractor’s vehicles not directly involved with works are to be parked safely off the road or where possible on lesser-trafficked side roads. The backs of the vehicles where loading ramps are present are to be coned to alert road users.

All temporary signage is to be removed once work activities on or in the vicinity of the road verge is completed.

2.2.8 PUBLIC SAFETY AND OCCUPATIONAL SAFETY AND HEALTH

The contractor shall alert any person within the vicinity of works operations or those persons, pets, stock or property may be at risk of injury or damage. Where appropriate, the contractor may politely ask persons to move a safe distance away from such work operations.

The contractor is to be fully conversant with the Occupational Safety and Health Act 1984 and shall be responsible for maintaining a safe worksite, whilst adequately isolating any hazardous situation.

Public safety must be maintained at all times.

12 PART 3 COMPLETE AND RETURN THIS PART

3 TENDERER’S OFFER

OFFER FORM

Chief Executive Officer Shire of Wiluna 28 Scotia Street, Wiluna WA 6646

I/We (BLOCK LETTERS):______ADDRESS:______ABN/GST Status______ACN (if any)______Telephone No:______Facsimile No: ______E-mail (if any):______In response to RFT: 2016/04 Rural Roads Re-construction GRAVEL FORMATION WIDENINGAND UPGRADE’ GRAVEL SHEETING, SIGNAGE AND CULVERT WORKS 1/We agree that I am/We are bound by, and will comply with this Request and its associated schedules, attachments, all in accordance with the Conditions of Tendering contained in this Request signed and completed. The tendered price is valid up to thirty (30) calendar days from the date of the tender closing or forty-five (45) days from the Council’s resolution for determining the Tender whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

I/We agree that there shall be no cost payable by the Principal towards the preparation or submission of this Tender irrespective of its outcome. The tendered consideration is as provided under the schedule of rates of prices in the prescribed format and submitted with this Tender.

Dated this: ______day of ______20___ Signature of authorised signatory of Tenderer: ______

Name of authorised signatory (BLOCK LETTERS):______Position:______Address:______Witness Signature: ______

Name of witness: (BLOCK LETTERS): ______Position: ______Address: ______

13 PART 3 COMPLETE AND RETURN THIS PART

GENERAL AND CORPORATE INFORMATION

3.2.1 ORGANISATION PROFILE AND REFEREES

Attach your organisation profile and current insurance policy Attachment 1 details.  Tickif attached

Attach details of your referees. You should give examples of Attachment 2 work provided for your referees where possible.  Tickif attached

3.2.2 AGENTS

Are you acting as an agent for another party? Yes 

No 

If Yes, attach details (including name and address) of your Attachment 3 principal.  Tickif attached

3.2.3 SUB-CONTRACTORS

Do you intend to subcontract any of the Requirements? Yes 

No 

If Yes, attach details of the subcontractor(s) including the Attachment 4 name, address, location of premise and the number of  people employed. Tickif attached

3.2.4 QUALITY ASSURANCE

Does your organisation have any quality assurance system? Yes 

No 

If you propose to subcontract, does your subcontractor have Yes  a “third party” quality management system in place? No 

Supply evidence or details of your quality assurance Attachment 5 position and where relevant of your supplier’s or  subcontractor’s position, in an attachment. Tickif attached

14 PART 3 COMPLETE AND RETURN THIS PART

RESPONSE TO SELECTION CRITERIA

3.3.1 COMPLIANCE CRITERIA

Have you complied with the Specification contained in this Yes  Request? No 

Have you complied with the Conditions of Tendering Yes  contained in this Request? No 

Have you complied with and completed the price Yes  schedule? No 

3.3.2 QUALITATIVE CRITERIA

Before answering the qualitative criteria, Tenderers shall note the following: (a) All information relevant to your answers should be contained within your Tender to each criterion; (b) Tenderers shall assume that the Evaluation Panel has no previous knowledge of your organisation, its activities or experience; (c) Tenderers shall provide full details for any claims, statements or examples used to address the qualitative criteria; and (d) Tenderers shall address each issue outlined within a qualitative criterion.

Demonstrated experience by tenderer to meet the requirements as Attachment 6 set out in specification:  Tickif (a) Provide details of supplying similar works and services ;and attached (b) Demonstrate competency and proven track record of achieving outcomes.

A maintenance service best suited to the Principal’s requirements Attachment 7 that demonstrate a commitment to customer service and a  professional corporate image. Tickif attached Supply details of any relevant information additional to corporate profile, references and quality assurance information.

Demonstrated ability and procedures to ensure public and employee Attachment 8 safety by way of Occupational Safety and Health, and adherence to  the Traffic Management for Roadworks Code of Practice. Tickif attached Supply details of relevant operational policies and procedures.

15 PART 3 COMPLETE AND RETURN THIS PART

PRICE INFORMATION

Tenderers must complete clause 3.4.3 “Price Schedule”. Before completing the Price Schedule, Tenderers should read the entire Request.

3.4.1 DISCOUNTS

Yes  Are you prepared to allow a discount for prompt settlement of accounts? No 

If you are offering different discounts for Attachment 9 different periods, or other discounts such as  volume discounts, detail them in an Tickif attached attachment.

3.4.2 PRICE BASIS

Yes  Are you prepared to offer a fixed price? No 

16 PART 3 COMPLETE AND RETURN THIS PART

3.4.3 PRICE SCHEDULE –

ALL PRICING MUST INCLUDE GST.

Wongawol Road $

Granit Peak Lake Violete Rd $

Wiluna North Road $

TOTAL $

17

Recommended publications